office of the treasurer - punjab · page 1 of 8 bid documents selected bids are invited on single...

38
Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN and PRA (if applicable), for the procurement of below mentioned Procurement of GPU SYSTEM and MAC BOOK For Corona Virus COVID-19 for Institute of Biochemistry & Biotechnology (I.B.B). Single Envelope Containing Two Separate Envelopes which must be marked as “Financial Proposal” & “Technical Proposal”. (FOR Basis in Pak Rupees Only) OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT 2 nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected] Free of Cost No.________________________ Date ___________

Upload: others

Post on 18-Nov-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 1 of 8

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University

of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN

and PRA (if applicable), for the procurement of below mentioned “Procurement of GPU SYSTEM

and MAC BOOK For Corona Virus COVID-19 for Institute of Biochemistry & Biotechnology

(I.B.B)”. Single Envelope Containing Two Separate Envelopes which must be marked as

“Financial Proposal” & “Technical Proposal”. (FOR Basis in Pak Rupees Only)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No.________________________ Date ___________

Page 2: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive

of taxes)

Total Price

(inclusive

of taxes)

1

GPU System Specifications:

Processor: AMD Ryzen ThreadrippeR 3960X or 3970X

GPU: GeForce RTX 2080 Ti (3 UNITS)

MOTHERBOARD: ASUS ROG Zenith II Extreme

RAM: G. SKILL Ripjaws V 16GB (1x16GB) 288-Pin DDR4

3200 MHz - (4 UNITS)

HARD DRIVE: 1- Samsung 970 Evo pro 500 GB, 2-WD blue

8TB

Operating System: Linux along with latest and compatible MS

Office complete (registered), EndNote (registered), Adobe

Photoshop, Adobe Audition, Adobe illustrator etc complete

(registered), 2TB external hard desk with Warranty

UPS: Should support the system with 4-5 hours’ backup time

Warranty: at least 02 years

Company: any reputed company

Justification: The said system is required for molecular

dynamics simulations, which need high speed and stable

computing system.

01 No.

2

Macbook Pro (16 inch)

Specifications: 2.4GHz 8-core 9th-generation Intel Core i9 processor,

Turbo Boost up to 5.0GHz; 64GB 2666MHz DDR4 memory;

AMD Radeon Pro 5500M with 8GB of GDDR6 memory; 4TB

SSD storage; 16-inch Retina display with True Tone; Four

Thunderbolt 3 ports; Touch Bar and Touch ID; Backlit Keyboard -

US English; Accessory Kit, Color: silver or can be offered others

but before deliver confirm from IBB.

System and software: Along with latest and compatible MS

Office complete (registered), EndNote (registered), Adobe

Photoshop, Adobe Audition, Adobe illustrator etc. complete

(registered), All these softwares should be provided in

SEPARATE USB. After providing the Macbook to the

university, on the demand of IBB a parallel registered latest

window will be installed in MacBook by the vendor (without

extra charges)

Justification:

The MacBook Pro is excellent and more suitable for the

molecular modelling project due to high security of Mac OS in

comparison to the Windows and therefore is always preferable.

Powerful graphics of MacBook are also more suitable to

visualize the protein-drug interactions. Most importantly the

speed of the MacBook is extensively used to analyze the

molecular dynamics to homology modelling data. Hence,

MacBook is the best choice for any molecular modelling

professional.

Warranty: at least 02 years or offered by the company

01 No.

Total Amount / Bid Value

2% Bid Security (Original) Amounting to Rs.40,000/- of the Estimated Price in the form of

Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Page 3: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 3 of 8

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by

the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation

is underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization,

detail concerning the period of such disqualification/ blacklistment, cause of such

embargo and eventual result/ latest status shall be mentioned by the bidder. On

account of submission of false statement or concealment of fact, the Bidder shall

be disqualified forthwith, if contract has not been executed and blacklisted, if the

contract has been executed.

2. 0.25% stamp duty would be furnished by the successful bidder against the amount of the

value of purchase order as levied by the Government after the issuance of purchase

order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of the

technical evaluation process. Financial Details (Rates of the quoted item) must not be

mentioned in the technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

7. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

Special Note:

1. The required Bid Security must be attached with Technical Bid in original, otherwise, bid will be rejected.

2. Only one brand / model / option is allowed to quote against each option. In case, more than one option with

different brands / models with different prices have been quoted against one option, the bid will be rejected

as a whole.

3. The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation

criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be

according to the minimum required specifications and who will comply with the terms and conditions of the

bid documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial

bids of the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.

4. If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the

required item to the technical committee in accordance with the specifications mentioned in the bid

document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Page 4: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 4 of 8

8. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

9. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 23-07-2020 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

bidders will be released after final decision. However, the EMD of successful bidder / bidders

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period.

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase Order.

In case, the firm fails to supply the stores within stipulated period, University of the Punjab

reserves the right not to accept the supply, in part or in full and to claim liquidated damages @

2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores

ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at

the time of payment or the vendor can himself submit 10% performance security in the form of

CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the

Page 5: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 5 of 8

warranty period of the items etc. In case of warranty, the amount of Security will be held by

the University till warranty period and the said amount will be released upon the satisfactory

report of end user.

11. The supply will be checked by the Technical Committee / representative of the department, if

so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is selected

as having submitted the lowest evaluated responsive bid is qualified to perform the Contract

satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require

the Suppliers to provide information concerning their professional, technical, financial, legal or

managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any

time, that the information submitted by him concerning his qualification as Supplier was false

inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on

to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

Where prices are to be quoted in package, all items mentioned in the package shall be quoted

in the offered prices. Non-mentioning of price of each item of the package being non-

responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case

of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the

required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and

registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and no

change in the prices or substance of the bid shall be sought, offered, or permitted.

Page 6: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 6 of 8

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall

be rectified on the following basis. If there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and

the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the

errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount

in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects quite

in accordance with the work order. However, in special cases, partial supply / partial payment

is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules.

28. No advance payment will be made in favor of tender awarded firm.

29. Normally the payment will be made within 14 days after receipt of supplies & found in order

in quality and quantity and submission of claim / bill with complete supporting documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of charge

at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach outlined

below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met. Any

bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and scoring

the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the

bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.

Page 7: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 7 of 8

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through telephone

immediately of any defect that occurs during the warranty period. On receipt of such

intimation/notification within the warranty period, the supplier shall attend the emergency /

breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so required

shall be borne by the supplier. In case the fault has occurred as direct consequence of undesirable

condition i.e. electricity or temperature, the supplier shall inform the buyer for taking corrective

measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical evaluation

according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including transportation,

delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,

then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be written

against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each according to

the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal approval

/ rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final and

unchallengeable approval of the Purchase / Inspection Committee of the University, at the

destination.

Page 8: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 8 of 8

42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of

each bid to the bidding documents. A substantially responsive bid is one, which conforms to all the

terms and conditions & specifications of the bidding documents without material deviations.

Deviations from, or objections or reservations to critical provisions shall be deemed to be a

material deviation for technical proposals. The University’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained for

detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 9: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 1 of 18

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of

the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN and

PRA (if applicable), for the procurement of below mentioned “Laboratory Equipment(s) for Corona

Virus COVID-19 for Centre for Applied Molecular Biology”. Single Envelope Containing Two

Separate Envelopes must be marked as “Financial Proposal” & “Technical Proposal”. {C&F Basis

Only}

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 10: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 2 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price (C&F Basis)

Total Price (C&F Basis)

Minimum Required Specifications “or Equivalent”

1

Generalized Specifications for PCR

setup/Nucleic Acid Purification/ Pipetting

System

The equipment must be completely open

system.

PCR setup should be available along with

DNA and RNA purification.

The equipment should have capability of

Sample or reagent transfer, Sample mixing and

tempering, Assay set-up Media change and

other cell culture applications.

The system should be capable to handle the

Volume range of 1 to 1,000 µL for maximum

pipetting accuracy.

The system must have Optical sensor for

detecting liquids, lab ware and tips.

The system should have ergonomic software

assistants for simple, step-by-step application

programming.

1-channel and 8-channel pipetting tools should

be calibrated on the system.

The system should be Compatible with tubes

(0.2 to 50 mL) and micro plates with up to 384

wells.

The system should have Option for compact

tablet or PC controller by touch, mouse or

keyboard, upgradable for barcode tracking and

GLP/GMP software versions.

The system should be electronic, air-cushion

based.

The system must be compatible with

automated Liquid Handling on 6 SLAS/ANSI

positions with integrated Thermo Mixer &

magnetic separation, UV light, HEPA filter.

The system should be equipped with an on-

deck thermal mixer which should be proven to

be the most efficient configuration at enabling

automated NGS library preparation to run

stranded mRNA & RNA exome and various

applications of Nucleic Acid purification and

library preparation.

The system should have easy operation to

easily create PCR master mixes and dilution

series for quantification standards,

normalization of sample concentrations and

setting up PCR reactions – using touch screen

or mouse operation.

The system should have Convenient PC touch

controller for easy programming.

01

No.

Page 11: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 3 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price (C&F Basis)

Total Price (C&F Basis)

Minimum Required Specifications “or Equivalent”

The system should be equipped with HEPA

filter and UV light for cleaner environment

inside.

The system should accommodate Liquid Waste

Tub which allows you to easily separate liquid

and solid waste.

The system should have a special feature to

save tips by reusing the used tips.

Two dispensing tools and 1 gripper tool should

be accessed by the system’s software program.

The system should have built-in Magnetic

fingers are drawn in or out of the Prep Rack

allowing mixing, washing, and separation of

magnetic beads for nucleic acid purification or

various other applications.

The system can be used with the specific Prep

Rack to facilitate DNA or RNA purifications

from 1 to 24 samples out of 2-mL Safe-Lock

tubes.

The system must be having combination of

magnetic finger module and Thermo Mixer

facilitates magnetic separation, mixing, and

temperature control in one location.

The system should have gripper carrying

capacity of 1200 g.

Noise level of the system should be <57 db.

Uninterruptible power supply (UPS) with the

compatible of quoted equipment.

Warranty: Comprehensive 1 year warranty with

Parts and Labor at CAMB site.

2 Viral RNA / DNA Extraction Kits based on

magnetic beads compatible with quoted

Automation System.

2000

RXN

2% Bid Security (Original) Amounting to Rs.234,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Page 12: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 4 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price (C&F Basis)

Total Price (C&F Basis)

Minimum Required Specifications “or Equivalent”

3 Real-Time PCR & COVID 19 Kit (2000Tests)

The real-time PCR detection system should have

precise quantification and target discrimination for

minimum 5 targets in large volume reaction having

following specifications:

The instrument should be compatible for 96 well

block (Peltier based technology with honey comb

structure) 8x12 strips (0.2ml format).

System must be upgradable to 384 well block.

System must be validated a

nd compatible for corona virus COVID 19 kit.

Kit should be FDA and CDC (Centre for disease

control) approved

Kit should be Taqman chemistry based and

should have capability to detect at least 3 genes in

multiplex format along with control and PCR

master mix

o The multiplex should allow to easily achieving a

high throughput by running 94 samples + 1

positive + 1 negative control in 96 well plate

setup.

o The real-time PCR system will be supplied along

with all reagents for 2000 tests to perform corona

virus samples amplification including kit control

and master mix.

o Reaction volume should be1- 50ul

o The instrument should be temperature gradient

capable.

o Optical excitation filters: 6 filter LEDs.

o Optical detection filter: 6 filter diods.

o The system Wavelength range should be 450730.

o Instrument should be capable of running in

standalone mode (Without computer support).

o The system should be open and compatible to all

chemistries like Dye based, probe (e. g. Taqman,

scorpion, FRET probes) based

Accessories:

0.2mL PCR plates, strips and adhesive covers.

Latest Branded laptop HP/Dell or equivalent (Desktop

P/C)

System should be peltier based with 96 well block

format.

Uninterruptible power supply (UPS) with the

compatible of quoted equipment.

Warranty: Comprehensive 1 year warranty with

Parts and Labor at CAMB site.

01

2% Bid Security (Original) Amounting to Rs.140,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Page 13: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 5 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price (C&F Basis)

Total Price (C&F Basis)

Minimum Required Specifications “or Equivalent”

4 TAQPATH RTPCR COVID-19 KIT

Warranty: Comprehensive 6 months warranty

from the date of delivery

1000

Kits

5

Virus RNA Collection Kit including Nasal &

Oral Fungal Nylon Swab

1000

Nos.

2% Bid Security (Original) Amounting to Rs.70,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price (C&F Basis)

Total Price (C&F Basis)

Minimum Required Specifications “or Equivalent”

6

ULTRA LOW FREEZER Vertical Type

Temperature Range: -50 to -86C

Thermo Scientific Forma FDE Series Ultra-Low

Temperature Freezer

Capacity : 549 Liters, Temperature Range : -50°C to -

86°C “or Equivalent”

Specification :

Capacity : 19.4 cu. ft. (549 liters), 400 Standard 2"

Boxes

Temperature Range : -50°C to -86°C

5cm (2") Cryobox : 400

Electrical : 230V / 50Hz

Building Supply Rating : 10.0A (min) dedicated

grounded circuit

Application Environment : Non-Corrosive, Non-

Flammable, Non-Explosive

Amps / Breaker (Plug) : 4.0/10 (European)

Max. Shelf Weight kg : 75

Certifications : CE Marked | Country of Origin : USA

Dimensions and Construction :

Interior Dimensions (H x D x W) : 51.2 x 28.3 x 23.1 in.

(1300 x 719 x 587 mm)

Exterior Dimensions (H x D x W) : 78 x 38.5 x 28.3 in.

(1981 x 978 x 719 mm)

Insulation : Vacuum Insulation Panels with High-

Density Water-Blown

Polyurethane Foam

Door Seal : Silicone-Based Gasket Seal with Electrical

Door Perimeter Heater

Shelves : 3 Stainless Steel Adjustable Shelves in 1"

(25mm) Increments

Standard with Locks Other Options : LN2 or CO2 Back Up System, Chart Recorder Exterior Dimensions H x W* x D cm : 198.1 x 71.9 x 97.7

Warranty: Comprehensive 1 year warranty

with Parts and Labor at CAMB site.

2% Bid Security (Original) Amounting to Rs.62,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Page 14: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 6 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price

(C&F Basis)

Total Price

(C&F Basis) Minimum Required Specifications “or Equivalent”

7

Thermo Liquid Nitrogen Transfer Vessel Capacity: 50 L

a. Spout for Thermo 50

b. 6 Ft Transfer Hose for Thermo 50

c. Adjustable cart for Thermo 50

d. Locator 8 Plus Vessel, with 2 Inch Box Racks

e. Cryobox and Vials 2ml

Nalgene 25-Amp. Box(2Ea)

f. Thermo Flask 1L

g. Thermo Flask 2L

Warranty: Comprehensive 1 year warranty

with Parts and Labor at CAMB site.

2% Bid Security (Original) Amounting to Rs.38,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Page 15: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 7 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price

(C&F Basis)

Total Price

(C&F Basis) Minimum Required Specifications “or Equivalent”

8 Refrigerated Centrifuge Machine

5810 R, Eppendorf-Germany or” Equivalent”

The centrifuge Must be able to accommodate mix

loading of 2ml, 15, 50, 250 ml, 750ml & PCR

plates on the same rotor.

The instrument must be capable of identifying the

rotor type automatically.

The rotational speed should be 14000 revolutions

per minute or better.

The refrigerant used should be CFC-Free with an

ozone depletion optional(ODP) of zero.

The instrument must have built in condensation

drain to eliminate water accumulation & prevent

corrosion.

Must have “At set rpm” function which enables

timer countdown to be started only when selected

speed is achieved.

Must have wide temperature range of -9C- + 40C,

which is modifiable during the run operation.

The centrifuge should must have dynamic

compressor control technology for optimized

cooling.

Centrifuge must have a „fast cool“ function where

low temperature can be reached quickly and

maximum temperature accuracy of the rotor

Should must have dynamic compressor control

technology for optimized cooling.

Maintains constant 4 °C at maximum speed, lowest

attainable temperature is 0 °C.

Must have a standby cooling..

Brushless maintenance free drive

The noise level should be less than 54 Db (A) with

fixed angle rotor.

The maximum access height should be 30 cm or

better.

The instrument Must follow safety standards set by

IEC 1010-2-020

All the aerosol-tight rotor lids must be certified by a

third certified source.

Must have 10 acceleration and 10 deceleration ramp

for different type of samples.

Including Accessories:

Swing Bucket rotor

15 ml adaptors

50 ml adaptors

Pcr plate adaptors

2 ml adaptors

6x15 & 50 ml rotor

Warranty:

Comprehensive 1 year warranty with Parts and Labor

at CAMB site.

01

2% Bid Security (Original) Amounting to Rs.54,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Page 16: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 8 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price

(C&F Basis)

Total Price

(C&F Basis) Minimum Required Specifications “or Equivalent”

9 Baker SterilGARD® III Advance

SG603TX Safety Cabinet

Class II Type B2 Bio-Safety Cabinet

Class II Type B2

6’ wide (78” exterior, 70” work surface)

100% total exhaust biological safety cabinet

Includes new supply and exhaust HEPA filters.

Detail Specifications:

1. E3 Class II B2 Biological Safety Cabinet,

Vertical Flow.

APPPOVALS

The cabinet shall have the following approval

listings, and/or certifications:

I.UL610I0-1, Second Edition; Electrical Equipment

for measurement.

Control and Laboratory Use For Electrical, Fire and

Personal Safety

2. NSF/ANSI 49, Biosafety Cabinet: Design,

Construction, Performance and Field Certification.

3. UL1805, First Edition: Standard for

Laboratory Hoods and Cabinets For Material

Flammability and Effectiveness of Airflow

Characteristics

4. ANSI/ASHRAEII0-1995: Method of Testing

Performance of Laboratory Fumehoods

5. Declaration of conformity with CE.

PERFORMANCE

1. The cabinet shall provide intake velocity through

the front access opening of the cabinet at

aminimum of 0.508m/s.

2 The cabinet shall in corporate higher velocity air

flow behind the views momentum aircurtain) for

added personnel and product protection

3. The cabinet shall contain high-velocity return air

the s ide walls and top adjacent to the front access

opening for enhanced containment and reduction

of air turbulence at the sash opening.

4. The cabinet shall in corporate a high-

performance airflow system (Uni

Pressure™Preflow Plenum)

Thissystem apportions and distributes air across

and the through the HEPA supply filter

5 The bottom of the cabinet access opening shall be

a erodynamically designed to direct airflow into the

frontgrille tooptimize containment

6.The cabinet exhaust requirements (Concurrent

Balance

Value per NSF/ANSI 49) for 305mm diameter

exhaust collar,

measured directly above the exhaust

Filter before any restrictions elbows or educations

are:

469L/secat-374Pa

01

Page 17: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 9 of 18

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price

(C&F Basis)

Total Price

(C&F Basis) Minimum Required Specifications “or Equivalent”

7. The Cabinet sound level as measured per

NSF/ANSI49

shall be no more than·

a.50 dBa cabinet without background noise

b60dBa-cabinet and exhaust system

Warranty: Comprehensive 1 year warranty with

Parts and Labor at CAMB site.

2% Bid Security (Original) Amounting to Rs.80,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Evaluation Criteria

Sr. No.

Parameters Detail Total Marks

Remarks

1 Past Performance (Within previous

3 years)

(a) Major Public / Government Institutions Served (Form A1): (15 marks)

i No. of institutions served 0

ii 1 to 3 5

iii 4 to 6 10

iv 7 & Above 15

(b) Major Private Institutions Served: (Form A2) (05 marks)

i No. of institutions served 0

ii 1 to 3 2

iii 4 to 6 3

iv 7 & Above 5

20 (15+5)

Public / Government Institutions mean government institutions / Public Sector organizations / Public Sector Universities / Government Agencies / Autonomous Bodies etc. Private Institutions referred to other than above.

2 Market experience in quoted items

i 1 year 2

ii 2 years 4

iii Above 2 years 5

Copy of Delivery Challan duly signed by the concerned customer / bill of entry etc. must be provided

5 Experience will be confirmed from the date of supplies made / delivered against the purchase order.

3 Length of Dealership

i Above 4 years 5

ii 3 – 4years 4

iii 2 – 3 years 3

iv 1 – 2 years 2

v Below 1 year 0

5 Length of dealership with the quoted principal will be considered. Documentary Evidence be attached.

4 Financial Status

i Tax Returns (Last 3 years)(2 marks each

year)

6

ii Bank Certificate* 4 iii Bank Statement

(Previous 12 months) 10

(a) Balance above 5 Million 10

(b) Balance above 4 & upto 5 Million

08

(c) Balance above 3 & upto 4 Million

06

20 All provided documents can be verified by the Department. The marks of audited balance sheet will be given in proportion to their net worth. * In case of Bank Certificate, the Bank will certify about the Bidder’s financial worth, liquidity status, reputation.

Page 18: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 10 of 18

(d) Balance above 2 & upto 3 Million

04

(e) Balance above 1 & upto 2 Million

02

(f) Balance below 1 Million 0

5 Technical Staff (Overall) (Form B1)

(Form-B)

i Less than 2 persons 0

ii 2 to 3 persons 05

iii 4 to 5 persons 08

iv More than 5 persons 10

Qualification: Minimum Graduation Masters qualification (1 person = 2 marks / 2 person = 4 marks More than 2 persons – 5 marks ) Training: Foreign Training from principal relating to the product: 5 marks (1 person = 2 marks / 2 person = 4 marks More than 2 persons – 5 marks ) Experience: (1 person equal to or more than 2 years = 02 marks 2 persons equal to or more than 2 years = 04 marks More than 2 persons equal to or more than 2 years = 05 marks More than 2 persons – 5 marks )

25 Qualification marks will be awarded on the final degree. Complete supporting documents be attached.

6 Good Reputation Certificate from any

Govt. Institution / Private Sector in Connection with

Services

(Form C1)

i No certificate provided 0

ii 1 to 2 5

iii 3 to 5 10

iv 6 to 7 15

v 8 to 9 20

vi 10 and above 25

Appreciation Certificates / Satisfactory letters etc. must be attached.

25 Public / Government Institutions mean government institutions / Public Sector organizations / Public Sector Universities / Government Agencies / Autonomous Bodies etc.

Total Marks: 100

Qualifying Marks: 65% Note: Marks will be awarded only if the comprehensive and complete concerned supporting documents are enclosed. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.

Page 19: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 11 of 18

Form A1

Past Performance – Major Public / Government Institutions Served

Sr. No.

Contract Name Contract Value

Brief Description of the work performed

Name, Address & Contact No. of the

Client

01

02

03

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.

Form A2

Past Performance – Major Private Institutions Served

Sr. No.

Contract Name Contract Value

Brief Description of the work performed

Name, Address & Contact No. of the

Client

01

02

03

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.

Page 20: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 12 of 18

Form B1

List of Technical Staff

Sr. No.

Name of Employee Certificate/ Diploma/ Higher

Technical Qualification

Experience Name, Address & Contact No. of the

Employee

01

02

03

04

05

06

07

08

09

10

Name and Signature of Bidder

With official Stamp Dated:

Special Note:

1. The required Bid Security must be attached with Technical Bid in original, otherwise, bid

will be rejected.

2. Only the manufacturers or the concerned authorized distributors / whole sellers / dealers /

partners / firms of the concerned manufacturers are eligible to participate in the bid.

(Documentary Support must be attached with the bid).

3. Only one brand / model is allowed to quote against each option. In case, more than one

options with different brands / models have been quoted with different prices against one

option, the bid will be rejected as a whole.

4. Vendors must quote latest model available. Change of model at any stage will not be

allowed in any case.

Page 21: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 13 of 18

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by the

bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation is

underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization, detail

concerning the period of such disqualification/ blacklistment, cause of such embargo

and eventual result/ latest status shall be mentioned by the bidder. On account of

submission of false statement or concealment of fact, the Bidder shall be disqualified

forthwith, if contract has not been executed and blacklisted, if the contract has been

executed.

2. 0.25% stamp duty would be furnished by the successful bidder against the amount of the

value of purchase order as levied by the Government after the issuance of purchase order.

3. Financial / Bank Statement for minimum period of 01 year is enclosed.

4. The University shall initially open only the envelopes marked as “TECHNICAL PROPOSAL”

in the presence of Bidders’ representatives who choose to be present, at the time of bid opening.

However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall

be retained in safe custody of the University till completion of the technical evaluation process.

Financial Details (Rates of Quoted Items) must not be mentioned in the technical bid otherwise

the bid will be rejected.

5. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University will

be final & applicable which will not be challengeable anywhere.

6. Complete brochures / supporting documents of the quoted brands / items must be enclosed

along with the bid document, where applicable.

Special Note:

5. In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal is

agreed to open LC with the quoted price in black & white. Subsequently, if, it is

communicated by the vendor that the quoted amount / ordered quantity is lesser and LC cannot

be opened with the said amount or ordered quantity (quantity of the items mentioned in the

purchase order as per actual requirement), then, the excuse will not be acceptable and action

will be taken according to the rules which can include forfeiture of bid security or blacklisting

or both of them.

6. Complete supporting documents must be attached with the technical bid according to the

requirements mentioned in the evaluation criteria.

7. The mentioned specifications and the terms & conditions and parameters of the bid documents

constitute the bid evaluation criteria. The financial bids of technically accepted bidders (whose

quoted item / model / brand will be according to the minimum required specifications and who

will comply with the terms and conditions of the bid documents or in case of sample

requirement, whose sample will be passed by the technical committee) will be opened publicly

at a time to be announced by the Procuring Agency. The financial bids of the bidders found

technically non-responsive shall be returned un-opened to the respective Bidders.

Page 22: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 14 of 18

7. Brand details, Country of Origin and port of shipment must be mentioned in the bidding

documents, if applicable.

8. Technical Specifications must be Equivalent or Higher. Soft copy must be provided in form

of (MS-Word) CD along with bid.

9. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

10. Sample of each quoted item must be provided by bidder, if Technical Committee will

demand. In case non-compliance, the bid will be rejected.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in this

office (Procurement Wing) by 23-07-2020 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

bidders will be released after final decision. However, the EMD of successful bidder / bidders will

be retained until the completion of job successfully as per work order. In case of LC, the 2%

EMD can be get released after submission of 10% performance security. In case of Rate Contract,

the 2% bid security will be retained until the expiry of contract period.

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for supplying

the stores, so fresh registration/authorization certificate is required along with bid subject to the

reasonability of rates, company profile, past experience, professional skills, credibility of the firm

etc. However, if some un-authorized firm bearing excellent goodwill, company profile, past

experience, professional skills, credibility of the firm etc. with reasonable price that can be

considered subject to the recommendations of concerned committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase Order. In

case, the firm fails to supply the stores within stipulated period, University of the Punjab reserves

the right not to accept the supply, in part or in full and to claim liquidated damages @ 2% per

Month (0.06% per day) subject to a maximum of 10% of the total value of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more than

this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be replaced

within maximum 7 working days.

Page 23: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 15 of 18

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at the

time of payment or the vendor can himself submit 10% performance security in the form of CDR /

banker’s cheque / bank guarantee having minimum expiry date in accordance with the warranty

period of the items etc. In case of warranty, the amount of Security will be held by the University

till warranty period and the said amount will be released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department, if so

desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is selected as

having submitted the lowest evaluated responsive bid is qualified to perform the Contract

satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s

qualifications submitted by the Bidder, as well as such other information as the Technical

Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the

Suppliers to provide information concerning their professional, technical, financial, legal or

managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any time,

that the information submitted by him concerning his qualification as Supplier was false

inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction

in the GST or other taxes, if granted at any stage of procurement, shall be passed on to the

University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

Where prices are to be quoted in package, all items mentioned in the package shall be quoted in

the offered prices. Non-mentioning of price of each item of the package being non-responsive

shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of

Manufacturer, documentary proof to the effect that they are the original Manufacturer of the

required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and

registration certificate with PRA (if applicable) with documentary proof shall have to be provided

by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and no

change in the prices or substance of the bid shall be sought, offered, or permitted.

Page 24: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 16 of 18

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be

rectified on the following basis. If there is a discrepancy between the unit price and the total price

that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total

price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid

shall be rejected. If there is a discrepancy between words and figures, the amount in words shall

prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be adopted

as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his offer

for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects quite in

accordance with the work order. However, in special cases, partial supply / partial payment is

allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. No advance payment will be made in favor of tender awarded firm.

28. The procurement process will be accomplished in accordance with the PPRA Rules.

29. Normally the payment will be made within 14 days after receipt of supplies & found in order in

quality and quantity and submission of claim / bill with complete supporting documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of charge at

University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent objective

and efficient as possible. The Technical Committee will adopt the approach outlined below to

achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met. Any

bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The evaluation

procedure adopted is based on the weighting of all requirements and scoring the vendor’s

responses appropriately.

Page 25: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 17 of 18

(iii) Good will / past experience/ history of the firm will be considered while evaluating the

bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty period.

Otherwise, disciplinary action will be taken under the rules which can include forfeiture of bid

security/ black listing/ disqualification for the participation in any bidding process in future or

both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through telephone

immediately of any defect that occurs during the warranty period. On receipt of such

intimation/notification within the warranty period, the supplier shall attend the emergency /

breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so required

shall be borne by the supplier. In case the fault has occurred as direct consequence of undesirable

condition i.e. electricity or temperature, the supplier shall inform the buyer for taking corrective

measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including transportation,

delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,

then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be written

against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each according

to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of

each bid to the bidding documents. A substantially responsive bid is one, which conforms to all

the terms and conditions & specifications of the bidding documents without material deviations.

Page 26: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 18 of 18

Deviations from, or objections or reservations to critical provisions shall be deemed to be a

material deviation for technical proposals. The University’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

42. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained for

detail evaluation.

43. In case of bid on C&F basis, the University will provide a request letter to concerned tax

authorities for exemption of taxes at the import stage.

44. In case of bid on C&F basis, all bids shall be valid subject to the Performa Invoice from the

Principal duly signed, clearly indicating the name of manufacturer & country of origin / port of

shipment, along with a certificate from the Principal authorizing the Supplier to bid on his behalf

in case of manufactured goods. The Supplier should enclose the Principal

catalogue/leaflet/literature and other technical data, if any, along with his bid. The LC shall not be

opened until and unless Performa Invoice issued by the principal is submitted by the vendor.

45. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

_______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 27: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 1 of 12

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University

of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN

and PRA (if applicable), for the procurement of below mentioned “Laboratory Equipment(s) for

Corona Virus COVID-19 for Centre for Applied Molecular Biology”. Single Envelope Containing

Two Separate Envelopes must be marked as “Financial Proposal” & “Technical Proposal”. {C&F

Basis Only}

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 28: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 2 of 12

Sr.

No.

ITEMS DESCRIPTIONS Qty. Brand,

Make &

Model

Unit Price (C&F Basis)

Total Price (C&F Basis)

Minimum Required Specifications “or Equivalent”

1

Automated Elisa System for Covid-19

antibody testing:

EVOLIS TWINS PLUS SYSTEM:

Fully automated walkway EIA based assay system with CE

validated assay protocol files scheduling up to 3 plus 1

plate with continuous loading mechanism, 12 assays on one

plate to optimize the throughput. System optimize work list

scheduling function to reduce overall processing time.

Instrument use disposable tips to ensure zero carryover for

detection of samples and reagents and continuous loading

of reagents, samples with positive identification. System

must have triple sample pipetting monitoring (capacitive,

air pressure and colorimetric pipetting monitoring for clots,

low sample and no sample detection).

System with 8 different filters with photometric range of

405 – 700 nm. System must have 5 incubators, 3

temperature control and 2 ambient with temperature

uniformit y of ± 1.0 C, and washer must have sweep, soak,

top bottom wash mode. Pre-dilution capacity during

process is available for all protocols.

System has Real-Time monitoring of all events and

automatic inventory management of all resources needed

and open platform for all Elisa kits.

Country of Origen: USA/EU/Japan

Uninterruptible power supply (UPS) with the

compatible of quoted equipment.

Warranty: Comprehensive 1 year warranty with

Parts and Labor at CAMB site.

01

No.

2 Platelia SARS-CoV-2 Total ABSA: Semi Quantitative of antibody IgM, IgA and IgG to

SARS-CoV-2 all in one test using EIA technology.

Testing can be perform in human serum or plasma

Samples (480 Test)

High Specificity 99.56%

No Cross-Reactivity

High Sensitivity 97.5%

Warranty: Comprehensive 1 year warranty with

Parts and Labor at CAMB site.

2 Kits

2% Bid Security (Original) Amounting to Rs.108,000/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

Page 29: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 3 of 12

Evaluation Criteria

Sr.

No.

Parameters Detail Total

Marks

Remarks

1 Past Performance

(Within previous

3 years)

(a) Major Public / Government Institutions

Served (Form A1): (15 marks)

i No. of institutions served 0

ii 1 to 3 5

iii 4 to 6 10

iv 7 & Above 15

(b) Major Private Institutions Served:

(Form A2) (05 marks)

i No. of institutions served 0

ii 1 to 3 2

iii 4 to 6 3

iv 7 & Above 5

20

(15+5)

Public / Government

Institutions mean government

institutions / Public Sector

organizations / Public Sector

Universities / Government

Agencies / Autonomous

Bodies etc.

Private Institutions referred to

other than above.

2 Market experience

in quoted items

i 1 year 2

ii 2 years 4

iii Above 2 years 5

Copy of Delivery Challan duly signed by the

concerned customer / bill of entry etc. must be

provided

5 Experience will be confirmed

from the date of supplies made

/ delivered against the purchase

order.

3 Length of

Dealership

i Above 4 years 5

ii 3 – 4years 4

iii 2 – 3 years 3

iv 1 – 2 years 2

v Below 1 year 0

5 Length of dealership with the

quoted principal will be

considered. Documentary

Evidence be attached.

4 Financial Status

i Tax Returns (Last 3

years)(2 marks each year)

6

ii Bank Certificate* 4 iii Bank Statement

(Previous 12 months) 10

(a) Balance above 5 Million 10

(b) Balance above 4.1 & upto 5

Million 08

(c) Balance above 3.1 & upto 4

Million 06

(d) Balance above 2.1 & upto 3

Million 04

(e) Balance above 1.1 & upto 2

Million 02

(f) Balance below 1 Million 0

20 All provided documents can

be verified by the

Department. The marks of

audited balance sheet will be

given in proportion to their

net worth.

* In case of Bank Certificate,

the Bank will certify about

the Bidder’s financial worth,

liquidity status, reputation.

Page 30: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 4 of 12

5 Technical Staff

(Overall)

(Form B1)

(Form-B)

i Less than 2 persons 0

ii 2 to 3 persons 05

iii 4 to 5 persons 08

iv More than 5 persons 10

Qualification: Minimum Graduation

Masters qualification

(1 person = 2 marks / 2 person = 4 marks

More than 2 persons – 5 marks )

Training: Foreign Training from principal relating to

the product: 5 marks

(1 person = 2 marks / 2 person = 4 marks

More than 2 persons – 5 marks )

Experience: (1 person equal to or more than 2 years = 02 marks 2 persons equal to or more than 2 years = 04 marks More than 2 persons equal to or more than 2

years = 05 marks

More than 2 persons – 5 marks )

25 Qualification marks will be

awarded on the final

degree. Complete

supporting documents be

attached.

6 Good Reputation

Certificate from any

Govt. Institution /

Private Sector in

Connection with

Services

(Form C1)

i No certificate provided 0

ii 1 to 2 5

iii 3 to 5 10

iv 6 to 7 15

v 8 to 9 20

vi 10 and above 25

Appreciation Certificates / Satisfactory

letters etc. must be attached.

25 Public / Government

Institutions mean government

institutions / Public Sector

organizations / Public Sector

Universities / Government

Agencies / Autonomous

Bodies etc.

Total Marks: 100

Qualifying Marks: 65%

Note: Marks will be awarded only if the comprehensive and complete concerned supporting

documents are enclosed.

The financial bids of technically accepted bidders will be opened publicly at a time to be announced

by the Procuring Agency. The financial bids of the bidders found technically non-responsive shall be

returned un-opened to the respective Bidders.

Page 31: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 5 of 12

Form A1

Past Performance – Major Public / Government Institutions Served

Sr.

No.

Contract Name Contract

Value

Brief Description of

the work performed

Name, Address &

Contact No. of the

Client

01

02

03

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.

Form A2

Past Performance – Major Private Institutions Served

Sr.

No.

Contract Name Contract

Value

Brief Description of

the work performed

Name, Address &

Contact No. of the

Client

01

02

03

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.

Page 32: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 6 of 12

Form B1

List of Technical Staff

Sr.

No.

Name of Employee Certificate/ Diploma/

Higher Technical

Qualification

Experience Name, Address &

Contact No. of the

Employee

01

02

03

04

05

06

07

08

09

10

Name and Signature of Bidder

With official Stamp

Dated:

Special Note:

1. The required Bid Security must be attached with Technical Bid in original, otherwise, bid

will be rejected.

2. Only the manufacturers or the concerned authorized distributors / whole sellers / dealers /

partners / firms of the concerned manufacturers are eligible to participate in the bid.

(Documentary Support must be attached with the bid).

3. Only one brand / model is allowed to quote against each option. In case, more than one

options with different brands / models have been quoted with different prices against one

option, the bid will be rejected as a whole.

4. Vendors must quote latest model available. Change of model at any stage will not be

allowed in any case.

Page 33: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 7 of 12

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by

the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation is

underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization, detail

concerning the period of such disqualification/ blacklistment, cause of such embargo

and eventual result/ latest status shall be mentioned by the bidder. On account of

submission of false statement or concealment of fact, the Bidder shall be disqualified

forthwith, if contract has not been executed and blacklisted, if the contract has been

executed.

2. 0.25% stamp duty would be furnished by the successful bidder against the amount of the

value of purchase order as levied by the Government after the issuance of purchase

order.

3. Financial / Bank Statement for minimum period of 01 year is enclosed.

4. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

Special Note:

5. In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal is

agreed to open LC with the quoted price in black & white. Subsequently, if, it is

communicated by the vendor that the quoted amount / ordered quantity is lesser and LC cannot

be opened with the said amount or ordered quantity (quantity of the items mentioned in the

purchase order as per actual requirement), then, the excuse will not be acceptable and action

will be taken according to the rules which can include forfeiture of bid security or blacklisting

or both of them.

6. Complete supporting documents must be attached with the technical bid according to the

requirements mentioned in the evaluation criteria.

7. The mentioned specifications and the terms & conditions and parameters of the bid documents

constitute the bid evaluation criteria. The financial bids of technically accepted bidders (whose

quoted item / model / brand will be according to the minimum required specifications and who

will comply with the terms and conditions of the bid documents or in case of sample

requirement, whose sample will be passed by the technical committee) will be opened publicly

at a time to be announced by the Procuring Agency. The financial bids of the bidders found

technically non-responsive shall be returned un-opened to the respective Bidders.

Page 34: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 8 of 12

remain unopened and shall be retained in safe custody of the University till completion of the

technical evaluation process. Financial Details (Rates of Quoted Items) must not be

mentioned in the technical bid otherwise the bid will be rejected.

5. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

6. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

7. Brand details, Country of Origin and port of shipment must be mentioned in the bidding

documents, if applicable.

8. Technical Specifications must be Equivalent or Higher. Soft copy must be provided in

form of (MS-Word) CD along with bid.

9. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

10. Sample of each quoted item must be provided by bidder, if Technical Committee will

demand. In case non-compliance, the bid will be rejected.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 23-07-2020 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

bidders will be released after final decision. However, the EMD of successful bidder / bidders

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period.

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

Page 35: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 9 of 12

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase Order.

In case, the firm fails to supply the stores within stipulated period, University of the Punjab

reserves the right not to accept the supply, in part or in full and to claim liquidated damages @

2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores

ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at

the time of payment or the vendor can himself submit 10% performance security in the form of

CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the

warranty period of the items etc. In case of warranty, the amount of Security will be held by

the University till warranty period and the said amount will be released upon the satisfactory

report of end user.

11. The supply will be checked by the Technical Committee / representative of the department, if

so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is selected

as having submitted the lowest evaluated responsive bid is qualified to perform the Contract

satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require

the Suppliers to provide information concerning their professional, technical, financial, legal or

managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any

time, that the information submitted by him concerning his qualification as Supplier was false

inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

Page 36: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 10 of 12

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on

to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

Where prices are to be quoted in package, all items mentioned in the package shall be quoted

in the offered prices. Non-mentioning of price of each item of the package being non-

responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case

of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the

required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and

registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and no

change in the prices or substance of the bid shall be sought, offered, or permitted.

23. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall

be rectified on the following basis. If there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and

the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the

errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount

in words shall prevail.

24. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

25. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

26. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects quite

in accordance with the work order. However, in special cases, partial supply / partial payment

is allowed subject to the approval of competent authority.

27. Force majeure clause is acceptable as defined under sales of goods & contract Act.

28. No advance payment will be made in favor of tender awarded firm.

29. The procurement process will be accomplished in accordance with the PPRA Rules.

Page 37: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 11 of 12

30. Normally the payment will be made within 14 days after receipt of supplies & found in order

in quality and quantity and submission of claim / bill with complete supporting documents.

31. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of charge

at University of the Punjab, Lahore.

32. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

33. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

34. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach outlined

below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met. Any

bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and scoring

the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the

bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.

35. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

36. The end user on behalf of the University shall notify the supplier in writing / through telephone

immediately of any defect that occurs during the warranty period. On receipt of such

intimation/notification within the warranty period, the supplier shall attend the emergency /

breakdown call within a maximum of 06 working hours.

37. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence of

undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for

taking corrective measures prior to the commencement of the remedial activity.

38. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

39. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

Page 38: OFFICE OF THE TREASURER - Punjab · Page 1 of 8 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from

Page 12 of 12

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted

job, then the rate must be quoted after including PST.

40. While quoting the rates of required/specified supplies, its make & made/brand should be

written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each

according to the nature of the quotations / bids.

41. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness

of each bid to the bidding documents. A substantially responsive bid is one, which conforms to

all the terms and conditions & specifications of the bidding documents without material

deviations. Deviations from, or objections or reservations to critical provisions shall be deemed

to be a material deviation for technical proposals. The University’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained

for detail evaluation.

44. In case of bid on C&F basis, the University will provide a request letter to concerned tax

authorities for exemption of taxes at the import stage.

45. In case of bid on C&F basis, all bids shall be valid subject to the Performa Invoice from the

Principal duly signed, clearly indicating the name of manufacturer & country of origin / port of

shipment, along with a certificate from the Principal authorizing the Supplier to bid on his

behalf in case of manufactured goods. The Supplier should enclose the Principal

catalogue/leaflet/literature and other technical data, if any, along with his bid. The LC shall not

be opened until and unless Performa Invoice issued by the principal is submitted by the vendor.

46. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

_______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer